Combat Capabilities Development Command (CCDC) Building 3072 Renovation Aberdeen Proving Ground
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
SOLICITATION: W912DR19B0018
Combat Capabilities Development Command (CCDC) Building 3072 Renovation,
Aberdeen Proving Ground (APG), Aberdeen, Maryland
This proposed procurement is a Competitive, Full and Open Competition (Unrestricted) Invitation for Bid (IFB); NAICS 236220 "Commercial and Institutional Building Construction" with a size standard of $36,500,000.00.
Project Description: The project is to renovate historic building 3072 to support CCDC, APG, Aberdeen, Maryland. The full renovation of 45,630 SF (4,239 SM) historic facility for continued use by a two star HQ command for continued administrative use. Work will consist of Hazardous Material abatement and demolition, demolition of non-load bearing interior walls, the reconfiguration of walls and ceilings, and ABA compliance. Work will include removal and replacement of building HVAC systems, plumbing systems, electrical systems, fire suppression and alarm/mass notification systems, utility management control, telephone, advance communication networks, cable television and infrastructure for and installation of complete electronic security systems (ESS) (i.e. intrusion detection, closed-circuit surveillance and electronic access control). New interior spaces will be created which include offices, open office areas, conference rooms, break rooms, restrooms, secured space requirements per ICD-705, utility support spaces and new interior stair towers. New interior finishes will be provided throughout the building. Replace basement windows, repair all other building windows. Exterior site-work and utilities include repairing drainage problems to eliminate ponding along the foundation of the building, a new underground fire water main and post indicator valve, electrical, water, gas, sanitary sewer and information systems distribution, utility screening. The construction contract will also include separate packages for the procurement and installation of furniture, furnishings and industrial/manufacturing type equipment, IT/communications and for electronic surveillance systems (ESS).
The magnitude of construction is between $10,000,000.00 and $25,000,000.00. Construction duration is approximately 540 calendar days from Notice to Proceed.
Additional information in accordance with the statement of work will be included in the IFB package.
This solicitation will be available on or about 12 August 2019, bids due on or about 11 September 2019 at 11AM EST. A site visit will be conducted, date to be determined. The solicitation will be provided in an electronic format, free of charge to all authenticated account holders of Federal Business Opportunities (FBO) System. Please note that all USACE acquisitions are considered sensitive, but unclassified documents, and require users to have a valid MPIN entered in the FBO system to access packages.
Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code 236220 applicable to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.